Colorado Bids > Bid Detail

Renovate Sijan Hall, Phase 1, USAFA, CO

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159130754997910
Posted Date: Feb 14, 2023
Due Date: Mar 14, 2023
Solicitation No: W9128F23M0007
Source: https://sam.gov/opp/2c2356ac64...
Follow
Renovate Sijan Hall, Phase 1, USAFA, CO
Active
Contract Opportunity
Notice ID
W9128F23M0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Feb 14, 2023 02:03 pm MST
  • Original Response Date: Mar 14, 2023 02:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    USAF Academy , CO 80841
    USA
Description

SOURCES SOUGHT



RENOVATE SIJAN HALL, PHASE 1



W9128F23M0007



PURPOSE: By way of this Sources Sought Notice, the USACE-Omaha District intends to determine the extent of capable small business or other than small business firms that are engaged in providing the requirement described hereunder. The responses to this notice will be used for planning purposes for developing the general conditions and acquisition method for an upcoming contract requirement to renovate Sijan Hall (Building 2348), a cadet dormitory building at the United States Air Force Academy (USAFA) located in Colorado Springs, Colorado. Therefore, this notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of an RFQ/RFP/IFB; nor does it commit the Government to contract for any supply, service, or construction. There is no solicitation currently available.





THIS IS NOT A PRESOLICITATION OR SOLICITATION ANNOUNCEMENT. After review of the responses to this notice, and if the Government intends to proceed with the acquisition, a separate pre-solicitation announcement will be published on the System for Award Management (SAM) website (sam.gov). Responses to this SOURCES SOUGHT NOTICE are not adequate responses to any future solicitation announcement. All interested parties and potential offerors are responsible for monitoring SAM for any future postings.



The purpose of this notice is to gain knowledge of, and determine the availability of, potentially qualified small and large business sources and their size classifications relative to the North American Industry Classification System (NAICS) Code of 236220, “Commercial and Institutional Building Construction,” to assist the Government in determining the most appropriate acquisition method for this contract requirement, including whether a small business set-aside is possible and/or appropriate. In addition, the purpose of this notice is to request information from interested Contractors to assist the Government in planning for and developing the general conditions for this pending contract requirement. Specific response requirements and questions are outlined below within this notice. Please note that this research is for planning and information purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the U.S. Army Corps of Engineers. However, all interested parties are invited to respond, via email, to this Sources Sought Notice.



ANTICIPATED CONTRACT DESCRIPTION AND SCOPE – RENOVATE SIJAN HALL, PHASE 1:



The project will be located at the United States Air Force Academy in Colorado Springs Colorado. The project will include various types of horizontal and vertical scope, including architectural, interior design, mechanical, electrical, exterior envelope, structure, fire protection, and site improvements. Sijan Hall (Building 2348) is the second of the two cadet dormitory buildings at the United States Air Force Academy, located in Colorado Springs, Colorado, and construction was completed in 1968. The primary function of Sijan Hall is a dormitory for Cadets and was designed to house 2,520 students in 1968; currently there are 1,926 Cadets that occupy Sijan.



Several other ancillary functions are also housed in Sijan Hall. This six-story building is located on the south side of the Cadet Area. The facility with approximately 625,300 square feet is listed as a part of the Air Force Academy’s National Historic District.



The renovation of Sijan Hall will be broken up into five (5) stand-alone phases, with each phase to be constructed independently, to accommodate the relocation of displaced cadets and thus allow the remainder of the building to be open and operational as each phase is being renovated. No disruptions to functions will be permitted to the phases and portions of the building that are not being renovated. The focus of this Sources Sought / Request for Information is limited to Phase 1 which includes the renovation of approximately 135,000 SF of the building representing Phase 1. Phase 1 will be solicited as a 100% design and will include, but not be limited to: interior renovations, exterior curtain wall replacement, mechanical, electrical, plumbing, fire protection, life safety, energy management, any associated exterior and utility work, and communication systems. Other portions of the building will be occupied during performance of work under Phase 1. It is anticipated that the solicitation for the Phase 1 renovation will be issued in June 2023 for a FY 2023 award.



Sijan Hall currently does not meet the latest USAFA Design Standards, so the design to be constructed under Phase 1 will ensure that items replaced or upgraded comply with the current USAFA Design Standards. Most of the existing building systems have exceeded their useful life and will be removed and replaced as part of this project. Repairs to the facility are required to address repetitive system maintenance, prevent further deterioration of the building’s systems, components, and infrastructure, and facilitate future maintenance of all new building systems and infrastructure. The building’s exterior envelope and systems will need to be modernized to meet the requirements of Unified Facilities Criteria (UFC) 1-200-02, High Performance and Sustainable Building Requirements.



Phase 1 renovation will address interior renovations, new architectural finishes and interior upgrades, interior work brought down to the structure and rebuilt per USAFA standards, the removal and abatement of asbestos containing materials and lead based paint. Phase 1 will also include removal and replacement of all exterior curtain wall systems within the boundary of Phase 1, and will provide all mechanical, electrical, plumbing, and fire protection work back to the mechanical room(s) that serve the areas within Phase 1. Phase 1 will also involve installing building systems to include mechanical, plumbing, low voltage, electrical and communication systems; for example, isolation valves and bypass capability on the High Temperature Hot Water (HTHW) system so each mechanical and plumbing zone will be independently isolated. In addition, Phase 1 will include the replacement of three (3) substations. A ground source heat pump system will be used for all phases of the Sijan Hall renovation, with Phase 1 providing the entire well field, including 160 6” wells drilled to approx. 400+’. This well field will be located south of Sijan Hall and placed in the sloped hillside north of the cadet parking lot. The roof of Sijan Hall has been completely replaced and therefore is excluded from the scope of work; however, isolated repairs may be required for roof penetrations associated with Phase 1 work.



The overall intent of this project is to bring the facility up to code. Where non-code compliant building construction, components, and features are identified by the life safety and building code analysis, they will be corrected as part of the project construction. As part of the life safety and building code analysis, the construction type of the facility shall be identified. The current construction type will comply with the International Building Code (IBC) 2018 and applicable UFC, NFPA and ADA. Sijan Hall will be used primarily as a dormitory and will be classified as a residential Group R-2. The building will also consist of small accessory assembly and office spaces (i.e., individual offices and barber shop). These assembly and office spaces will be individually classified per sections 302.1 and 508.2 of the IBC. All current codes, UFC’s and USAFA Standards will be incorporated into the final product. The existing facility does not comply with UFC 3-600-01, Fire Protection Engineering for Facilities, but shall be brought to compliance with this UFC as part of this project. This UFC requires complete sprinkler protection regardless of floor area or construction type. Also, temporary fire rated barriers will be necessary to protect occupied spaces from construction areas.



NOTE: The design for the renovation of Sijan Hall, Phase 1, is currently at 100%. To assist interested firms in better understanding the potential scope of this project and to better respond to this Sources Sought / Request for Information, the 100% draft design package is posted along with this notice for INFORMATION PURPOSES ONLY. Please note that this design package is in draft (not for construction) form and is subject to and will likely change prior to and with the issuance of any official solicitation announcement.



In accordance with DFARS 236.204, the magnitude of this project is expected to range between $100M and $250M for construction efforts to Renovate Sijan Hall, Phase 1.



ESTIMATED PROJECT SOLICITATION ISSUE DATE: 10 June 2023



Project Period of Performance: 600 calendar days from construction NTP.



SUBMISSION REQUIREMENTS FOR THIS SOURCES SOUGHT NOTICE:



All interested, capable, qualified, and responsive Contractors under NAICS code 236220 are encouraged to reply to this request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described in the Project Description. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $120M. Narratives shall be no longer than 10 pages. Email responses are required.



Required Information:




  1. Company Name, address, phone number, point of contract, email, web address:

  2. CAGE Code and Unique Entity Identifier (UEI):

  3. North American Industry Classification System Code (NAICS):

  4. State whether your firm is classified by the Small Business Administration as any of the following under NAICS code: 236220.



Small Business



Small Disadvantaged Business



Service-Disabled Veteran Owned Small Business (SDVOSB)



Section 8(a)



Women Owned Small Business (WOSB)



HUBZone



Historically black colleges and Universities/Minority Institutions



None of the above



5. Is your company currently registered in System for Award Management (SAM)?



6. Has your company performed work for the federal Government under a different name or UEI/DUNS #, or as a member of a Joint Venture (JV)? If yes, provide an explanation:



CAPABILITIES and SUBMISSION REQUIREMENTS:






  1. A brief capabilities narrative describing the interested firm's ability to meet anticipated contract requirements as described above.*Include business size to include any official teaming arrangements as a partnership or joint venture.

  2. A brief narrative describing one project the interested firm has completed that is similar in size, scope, cost, and complexity to the anticipated contract requirements described above. *State whether you were a Prime or a Subcontractor. *Start and end date of work.



3. Information on your bonding capability - SPECIFICALLY IDENTIFY CAPACITY OF PERFORMANCE AND PAYMENT BONDS



The interested firm is also requested to provide insight into the following questions pertaining to the anticipated contract scope:




  1. What would be an anticipated contract duration for a project such as this, assuming a 5-day work week, 0700-1800?

  2. What would be an anticipated contract duration for a project such as this, assuming a 7-day work week, 0700-1800?

  3. What would be an approximate cost increase, in percentage, associated with each of the above extended work schedules versus a normal 40-hour work week?

  4. What is your average work force (in personnel)?

  5. What is your peak work force (in personnel)?

  6. Do you anticipate that dorm room renovation and associated temporary student relocation could be limited to 12 months? If 12 months is not achievable, please provide a suggested period of performance.

  7. What would be an anticipated size of a laydown area (in square feet)?

  8. What would be an anticipated number of general Contractor trailers required, to include major subcontractors?

  9. What would be an anticipated impact on cost (in percentage) if workforces have to be bussed from five miles away (remote workforce parking)?

  10. Do you estimate any risk mitigation measures required to meet suggested period of performance (i.e., dedicated access, space for stored materials, extended work hours, etc.)?



SUBMISSION DUE DATE/TIME:



Responses to this SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION should be received as soon as possible but no later than 2:00 pm (Mountain Time) on 14 March 2023. Please forward responses to the attention of Jessica Merrill, Contract Specialist, at Jessica.l.merrill2@usace.army.mil, and copy Monica McKensey at Monica.a.mckensey@usace.army.mil. Please note that the Government is not soliciting and will not entertain questions at this time and phone calls will not be accepted.



Submission of your interest and response to these questions is not a prerequisite to any potential future posting, but participation will assist the Government in identifying sources with required capabilities and will assist the Government in planning and developing the general conditions for this contract requirement as well as the appropriate acquisition method for this contract requirement. In addition, an interested firm’s response to this notice, or to any of the questions contained herein, will not constitute a commitment by the firm in any way on any of these matters. Interested bidders must be registered in the SAM database (sam.gov) to be eligible for award of any future Government contract.



Provide comments or identify any concerns your company has regarding the planned solicitation. Note that the Government will not be responding to inquiries about the proposed solicitation at this time. Your responses and comments will be used by Government personnel to assess the viability and scope of the proposed solicitation and will be kept in strictest confidence. Telephone inquiries will not be accepted.






Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 14, 2023 02:03 pm MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >